Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 07, 2018 FBO #6040
SOLICITATION NOTICE

Z -- Design Build Contract for Roof Repairs and Replacement at National Guard Bureau Facilities at St. Croix and St. Thomas, U.S. Virgin Islands

Notice Date
6/5/2018
 
Notice Type
Presolicitation
 
NAICS
238160 — Roofing Contractors
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USACE District, Jacksonville, P.O. Box 4970, Jacksonville, Florida, 32232-0019, United States
 
ZIP Code
32232-0019
 
Solicitation Number
W912EP-18-R-0040
 
Archive Date
10/5/2018
 
Point of Contact
Susan J. Forchette, Phone: 9042322158
 
E-Mail Address
susan.j.forchette@usace.army.mil
(susan.j.forchette@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION OF WORK: The scope of work for this project includes the design and construction of various Virgin Island National Guard (VING) facility repairs. The VING occupied buildings consist of primarily single story warehouses, ranging in size of approximately 45 to 50,000 square feet. The work includes all engineering design and analysis and construction required to provide structural, architectural, mechanical, and electrical repairs within fourteen designated VING buildings. The work includes demolition, lawful disposal and replacement of the existing standing metal and modified bitumen roofing systems; flashing; roof vents and drains; gutters; downspouts; overhead doors; hangar doors; man-doors; windows; interior and exterior renovations; HVAC and plumbing systems; electrical systems; fire alarm systems; and other associated activities. The project includes all work incidental to the design and construction of the aforementioned features and will have an estimated period of performance total of 550 calendar days after receipt of NTP, including 180 calendar days for design and 370 calendar days for construction. PROPOSAL REQUIREMENTS: The proposed project will be Firm Fixed Price (FFP). The type of solicitation to be issued is a Request for Proposal (RFP). The RFP will be issued on or about 20 June 2018 and proposals will be due on or about 20 July 2018. NAICS Code 238160 -Roofing Contractors, Size standard $15 Million Magnitude of construction is between $10,000,000.00 and $25,000,000.00. THIS ACQUISITION IS BEING PROCURED ON AN UNRESTRICTED BASIS, OPEN TO LARGE AND SMALL BUSINESSES. Award will be made to the responsible offeror whose proposal the Source Selection Authority determines conforms to the solicitation, is fair and reasonable with regard to pricing and whose proposal offers the best overall value to the Government, considering price and non-price factors. The acquisition will utilize Two Phase Design-Build Selection Procedures (See FAR 36.303). A rating of Unacceptable for any Sub-factor will result in a rating of Unacceptable for the entire factor. NOTE: THE SUBMISSION OF PRICING INFORMATION WILL NOT BE REQUIRED IN PHASE 1 PROPOSALS. Phase 1 proposals will be evaluated on Technical Merit and Past Performance. A maximum of 5 of the most highly rated Phase 1 offerors will be requested to submit Phase 2 proposals. Phase 2 Proposals will be evaluated on Factor 1. Design Technical and Schedule, and Factor 2. Price. The RFP will be issued in electronic format only and will be posted on the Federal Business Opportunities website (Fed Biz Opps) at https://www.fbo.gov In order to receive notification of any issued amendments, interested parties must register as an interested vendor on the Federal Business Opportunities website at http://www.fedbizopps.gov/. Please be advised, if you are not registered, the Government is not responsible for providing you with notification to any changes to this solicitation. You must be registered in the System for Award Management (SAM) in order to be eligible to receive an award from this solicitation. For additional information, please call 866-606-8220 or visit the SAM website at https://www.sam.gov/.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA17/W912EP-18-R-0040/listing.html)
 
Place of Performance
Address: St Croix and St, Virgin Islands, U.S.
 
Record
SN04944118-W 20180607/180605231129-71b61948c72d7dbe14b7e887507ed81d (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.